HomeMy WebLinkAbout2020-177AMENDMENT NUMBER 3 WORK ORDER NUMBER 1
Segment 3 Cell 2 Expansion, Segment 2 Partial Closure And Landfill Gas Collection
System Expansion
Phase Iii - Engineering Services During Construction
This Amendment 3 to Indian River County (IRC) Landfill Work Order Number 1 is entered into as of this 18th
day of August, 2020, in accordance with FS 287.055, Consultant's Competitive Negotiation Act
per the Request for Qualification #2017048 for Engineering Consulting Services for Landfill Closure,
Landfill Gas System Expansion, and Cell Construction, dated July 18, 2017 (referred to as the
"Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and CDM Smith Inc. ("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing
Work Order Number 1, Effective Date 7/18/2017.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of
Work) attached to this Amendment and made part hereof by this reference. The professional
services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee
Schedule), and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in
accordance with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended
as set forth in this Amendment. Pursuant to Section 1 of the Agreement, nothing contained in any
Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be
deemed to be incorporated in each individual Work Order as if fully set forth herein.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written
above.
CONSULTANT:
CDM Smith Inc.
By. ,
Title: Vice President
BOARD COUNTYCOMMISSI S ••'""" "`
y �Ot��Mlss��^,
O DIAN R ER COUNTY ,��� ✓'
>oJ F9J;
By:
Susan Adams , Chairman}
BCCA rove ate:
August 18 2020
Approve g
Attest: Jeffrey R. Smi
By:
Dep
Approved:
Jason 0 B
Clerk of Court and Comptroller
-I /--,\ n
County Administrator
Approved as to form and legal sufficiency:
Dy T. Reingold, County Attorney
Smith
1701 Highway A 1 A Suite 301
Vero Beach, Florida 32963
tel: 772 2314301
fax: 772 2314332
August 10, 2020
Mr. Himanshu Mehta, P.E.
Managing Director
Solid Waste Disposal District
1325 74th Ave SW
Vero Beach, FL 32968
Subject: Indian River County Solid Waste Disposal District
Segment 3 Cell 2 Expansion, Segment 2 Partial Closure,
and Landfill Gas System Expansion
IRC Contract No.: 2018025
Amendment No. 3 to Work Order No. 1
Dear Mr. Mehta:
CDM Smith Inc. is pleased to submit this Amendment No. 3 to assist Indian River County Solid
Waste Disposal District (IRC SWDD) with additional services during construction of the above
referenced project. This amendment includes review and preparation of additional change orders
to the construction contract to add items as requested by IRC SWDD.
We trust the enclosed is sufficient for your review; however, if you need additional information or
clarification, please do not hesitate to contact our office.
Sincerely,
Martin J. Lewis, P.E., BCEE, PMP
Project Manager
CDM Smith Inc.
MJL/jj
Attachment
File: PW_PL1_6706-228608.05.04
cc: Eric Grotke, CDM Smith
Kevin Vann, CDM Smith
J2814_Ltr.docx ,j
e
s
WATER +ENVIRONMENT +TRANSPORTATION+ ENERGY+ FACILITIES o
EXHIBIT A
WORK ORDER NO. 1 — AMENDMENT NO.3
INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND
LANDFILL GAS COLLECTION SYSTEM EXPANSION
PHASE III — ENGINEERING SERVICES DURING CONSTRUCTION
This Amendment No. 3 to Work Order No. 1, when executed, shall be incorporated in and become
part of the Agreement for Consulting Services between Indian River County Solid Waste Disposal
District (SWDD) and CDM Smith Inc., (CONSULTANT), dated July 18, 2017 hereafter referred to as
the AGREEMENT.
PROJECT BACKGROUND
The original project duration was for 390 days to final completion. Through change orders an
additional 262 days was added to the project. One of the biggest reasons was the structure of the
contract where there was $1.4M in contingency on top of the contract price. This contingency was
used for material overruns as well as owner requested additional works. These works included
repaving the entrance road, placing under drains to capture leachate to prevent contaminating
stormwater and additional enhancements to the IRC Landfill. While we were able to manage our
resources to prevent a large change order because of this additional time, we did incur additional
effort regarding the increase in the number of change orders from the planned three to eight. This
represents a significant amount of effort which provided additional value to the client and project.
This amendment is a reconciliation change order to complete the project.
SCOPE OF SERVICES
CONSULTANT has provided engineering services during construction to act as the OWNER's
representative during the construction of the project. This Amendment No. 3 includes amending
Task 8.0 as follow:
TASK 8.0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION
Activities performed under this task consist of supplementary and special engineering services
required during the construction and implementation of the project:
Subtask 8.2 This Subtask is amendment to provide services in connection with preparing five
additional change orders for a new a total of eight change orders, which add a total
of 27 items to the contract as requested by the OWNER.
PROJECT SCHEDULE
All work was completed by August 6, 2020.
CDM- A-1 jj2814_Exhibi[ A
PAYMENT AND COMPENSATION
Compensation for this Amendment No. 3 to Work Order No. 1 described herein shall be made in
accordance with the Contract between SWDD and CONSULTANT. The lump sum amount of
Amendment No. 3, for Task 8.2, is $23,300. The amended total amount for Task 8.0 is $107,880. The
new not to exceed (NTE) Grand Total Amount of Work Order No. 1 is $2,035,949.
For invoice purposes only, the value of Task 8 in this Amendment No. 3 is as shown in Table 1.
Table 1
TASK VALUE FOR INVOICE PURPOSE —AMENDMENT NO. 2 TO WORK ORDER NO. 1
TASK DESCRIPTION
VALUE
8.2 Special Engineering Services During Construction (Lump Sum)
$23,300
TOTAL AMENDMENT NO. 3 TO WORK ORDER NO. 1(Lump Sum) =
$23,300
TOTAL AMENDMENT NO. 2 TO WORK ORDER NO. 1 (NTE) =
$1,322,150
ORIGINAL WORK ORDER NO. 1 AND AMENDMENT NO.1 (NTE) =
$690,499
NEW GRAND TOTAL AMOUNT FOR WORK ORDER NO. 1(NTE) =
$2,035,949
AMENDMENT NO. 2 WORK BREAKDOWN FOR FUNDING PURPOSES
Segment 3 Cell 2 Expansion Lump Sum =
$10,350
Segment 2 Partial Closure and LFG Collection System Expansion Lump Sum
$12,950
CDM
Smith A'2 jj2814Ezhibit A
EXHIBIT B-1
BUDGET
INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS SYSTEM EXPANSION
WORK ORDER NO. 1 - AMENDMENT 3
` For titles positions, billing rate will be determined by level. Some individuals have
level classifications that are higher than their corporate titles.
JJ2814_Exhibit 8_228608-2020-08-07— Exhibit B-1 Budget
8/11/2020 10:39 AM B-1
Sr. Officer
Associate
Principal
Senior
Professional
Senior
Support
Services
Hours
By Task
Total Labor
ODC
Total
Task 8.2 Change orders
2
5
60
40
16
123
$23,235
$65
$23,300
Total
2
5
60
40
16
123
$23,235
$65
$23,300
` For titles positions, billing rate will be determined by level. Some individuals have
level classifications that are higher than their corporate titles.
JJ2814_Exhibit 8_228608-2020-08-07— Exhibit B-1 Budget
8/11/2020 10:39 AM B-1
EXHIBIT B-2
BUDGET
PROJECT: INDIAN RIVER COUNTY LANDFILL.
SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2
WORK ORDER NO. I - AMENDMENT 3
DESCRIPTION: As Outlined in the Scope of Services, Exhibit A.
REFERENCE: Agreement between Indian River County Solid Waste
Disposal District and CDM Smith Inc.
Labor Category
Hours
Rate
Total
Sr. Officer
2
$240
$480
Assoicate
5
$215
$1,075
Principal
60
$210
$12,600
Senior Professional
40
$175
$7,000
Senior Support Services
16
$130
$2,080
Total Hours = 123
Total Labor, Lump Sum $23,235
Labor
$23,235
OP
$0
ODC
$65
Total
$23,300
SUBTOTAL TASK 8 Lump Sum = $23,300
TOTAL = $23,300
JJ2814_Exhibit B_228608.xlsx Exhibit B-2 Budget
8/720204:51 PM B-2